Upload
others
View
5
Download
0
Embed Size (px)
Citation preview
1
RFQ-cum-RFP: For Hiring Consultant for Review and Validation of KPI Inputs for
District Hospital Ranking– NITI AAYOG
DISCLAIMER
1. This RFQ-cum-RFP document is neither an agreement nor an offer by the NITI Aayog
(the “Authority/Client”) to the prospective Applicants or any other person. The purpose
of this RFQ-cum-RFP is to provide information to the interested parties that may be
useful to them in the formulation of their proposal pursuant to this RFQ-cum-RFP.
2. The Authority does not make any representation or warranty as to the accuracy,
reliability or completeness of the information in this RFQ-cum-RFP document and it is
not possible for Authority to consider particular needs of each party who reads or uses
this RFQ-cum-RFP document. This RFQ-cum-RFP includes statements which reflect
various assumptions and assessments arrived at by Authority in relation to the
consultancy. Such assumptions, assessments and statements do not purport to
contain all the information that each Applicant may require. Each prospective Applicant
should conduct its own investigations and analyses and check the accuracy, reliability
and completeness of the information provided in this RFQ-cum-RFP document and
obtains independent advice from appropriate sources.
3. The Authority will not have any liability to any prospective Consultancy Company/ Firm
or any other person under any laws (including without limitation the law of contract,
tort), the principles of equity, restitution or unjust enrichment or otherwise for any loss,
expense or damage which may arise from or be incurred or suffered in connection with
anything contained in this RFQ-cum-RFP document, any matter deemed to form part
of this RFQ-cum-RFP document, the award of the Assignment, the information and
any other information supplied by or on behalf of Authority or their employees, any
consultants or otherwise arising in any way from the selection process for the
Assignment. Authority will also not be liable in any manner whether resulting from
negligence or otherwise however caused arising from reliance of any Applicant upon
any statements contained in this RFP.
4. Authority will not be responsible for any delay in receiving the proposals. The issue of
this RFQ -cum- RFP does not imply that Authority is bound to select an Applicant or to
appoint the Successful Applicant, as the case may be, for the consultancy and the
Authority reserves the right to accept/reject any or all of proposals submitted in
response to this RFQ-cum-RFP document at any stage without assigning any reasons
whatsoever. Authority also reserves the right to withhold or withdraw the process at
any stage with intimation to all who submitted the RFQ-cum-RFP Application.
5. The information given is not an exhaustive account of statutory requirements and
should not be regarded as a complete or authoritative statement of law. Authority
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion
on the law expressed herein.
6. Authority reserves the right to change/modify/amend any or all provisions of this RFQ-
cum-RFP document. The amended RFQ-cum-RFP will be made available on the
website of Authority.
2
RFQ-cum-RFP: For Hiring Consultant for Review and Validation of KPI Inputs for District
Hospital ranking– NITI AAYOG
Section 1: Letter of Invitation
New Delhi
Date:5th June, 2018
1 Background
President of India, acting through Director (Health), NITI Aayog.
NITI Aayog (the “Authority” or the “Client”) is the premier policy think tank of the
Government of India. One of the stated functions of the organization is "To foster
cooperative federalism through structured support initiatives and mechanisms with the
States on a continuous basis, recognizing that strong States make a strong nation".
In this context, NITI Aayog is designing and is in the process of establishing a framework
for ranking District Hospitals (DH). Indicators on Structure, Process and Output & Outcome
domains for monitoring the performance of District Hospitals are being designed. The
primary objective of this framework is to determine performance of various District
Hospitals across States and Union Territories (UTs) with respect to “Key Performance
Indicators” or “KPI’s” in each of these domains. Performance of the DH would thus be
periodically reviewed and monitored thereby enabling timely identification of policy
interventions and reforms required to meet output targets. Further, as this initiative is
implemented across states/UTs, it expected to facilitate sharing of best practices leading to
superior centre-state and state-state engagement directed towards transforming the DH in
the country.
As mentioned above, NITI Aayog has developed a draft list of pre-defined KPI’s for each of
the domains. An indicative list of such indicators is presented below for the purposes of
illustration:
Domain Indicative KPIs* (for illustration) Number of
Indicators
Structure Functional Hospital beds, Doctor in position
Vs. IPHS norms Ratio, etc. 5
Process Quality score, etc. 2
Output &
Outcome OPD per doctor, Bed occupancy rate, etc. 9
*the Authority may change the indicators and other details thereof at a subsequent stage
during the selection process.
3
Each DH would be required to submit and update on a dynamic basis their respective
performance data sets on some of the existing web enabled platform like HMIS, etc. All the
required data sets from these web services will be populated in a web portal that is being
developed in parallel. As far as possible, there will be no manual entries by the States in
this portal. The system, to be designed, is expected to calculate all the indices. The ranking
will also be published on this online portal annually.
To make the above framework robust and meaningful, the Authority envisages getting the
submissions, as and when submitted by the DH, independently reviewed and validated. To
facilitate this exercise, the Authority intends to appoint a professional consulting agency
having in-house capabilities and capacity to provide a range of advisory services as per the
terms of this document (the “Assignment” or the “Project”). Interested professional
consulting agencies (the “Applicant” or the “Consultant”) may submit their bids/proposals
as per details given in this document.
An indicative list of District Hospitals is attached.
2 Introduction
NITI AAYOG invites proposals for “Selection of Consultant for Independent Review
and Validation of KPI input data/information provided by DH (the “Assignment”/the
“Project"). More details on the services are provided in the “Section 5: Terms of
reference.”
3 Objective
The key objective of this Project is to undertake an independent Review and
Validation of input data provided by the DH on the KPI’s for tracking the
performance of District Hospitals as per the scope listed under the “Section 5:
Terms of Reference.”
4. A firm will be selected under Combined Quality cum Cost-Based Selection
(CQCCBS) and procedures described in this RFQ-cum-RFP.
The RFQ-cum-RFP includes the following documents:
Section 1 – Letter of Invitation
Section 2 – Instructions to Applicants(including Data sheet)
Section 3 – Prequalification and Technical Proposal ‐ Standard Forms
Section 4 – Financial Proposal ‐ Standard Forms
Section 5 – Terms of Reference
Section 6 – I – Standard Form of Contract
II – General Conditions of contract
III –Special conditions of contract
Appendices Other relevant information, forms and formats
All clarifications/corrigenda will be published only on the Authority website. The official
4
website for accessing the information related to this RFQ-cum-RFP is: www.niti.gov.in.
Yours sincerely,
Director (Health)
Room No.276, NITI Aayog
New Delhi
E-mail: [email protected]
http://www.niti.gov.in/
5
RFQ-cum-RFP: Consultant for Review and Validation of KPI input data/information for District
Hospital Ranking – NITI AAYOG
Section 2: Instructions to Applicant
1.0 Introduction
1.1 The Client named in the data sheet will select a Consulting Firm/Organization (the
“Consultant”) in accordance with the method of selection specified in the data sheet.
Applicants are advised that the selection of the Consultant shall be on the basis of an
evaluation by Client through the selection process specified in this RFQ-cum-RFP (the
“Selection Process”). Applicants shall be deemed to have understood and agreed that no
explanation or justification for any aspect of the Selection Process will be given and that
Client’s decisions are without any right of appeal whatsoever.
1.2 The Applicants are invited to submit Pre-Qualification, Technical and Financial Proposals
(collectively called as the "Proposal"), as specified in the Data Sheet, for the services
required for the Assignment. The term "Applicant/Consultant" refers to a single entity
submitting the Proposal. The Proposal will form the basis for contract signing with the
selected Applicant/Consultant. The Consultant shall provide services in accordance with
the Section 5: Terms of Reference of this RFQ-cum-RFP (the "TOR").
1.3 The Applicant shall submit the Proposal in the form and manner specified in this RFQ -
cum- RFP. The Proposal shall be submitted as per the forms given in relevant sections
herewith. Upon selection, the Applicant shall be required to enter into a contract with the
Client in the form specified in this RFQ -cum-RFP (the "Contract").
1.4 The Consultants should familiarize themselves with local conditions and take them into
account in preparing their Proposals.
1.5 Applicants shall bear all costs associated with the preparation and submission of their
proposals, presentation and contract negotiation including but not limited to postage,
delivery fees, expenses associated with any demonstrations or presentations be required
by Client or any other costs incurred in connection with or relating to its Proposal. The
Client is not bound to accept any proposal, and reserves the right to annul the selection
process at any time prior to Contract award, without thereby incurring any liability to the
Applicants.
1.6 Client requires that the selected Applicant/Consultant provides professional, objective, and
impartial advice and at all times hold Client's and the concerned State Government’s
interests' paramount, avoid conflicts with other assignments or its own interests, and act
without any consideration for future work. The selected Applicant/Consultant shall not
accept or engage in any assignment that may place it in a position of not being able to
carry out the assignment in the best interests of Client and the Project.
1.7 It is the Client's policy to require that the Consultants observe the highest standard of
ethics during the Selection Process and execution of such contracts. In pursuance of this
policy, the Client:
6
(i) defines, for the purposes of this provision, the terms set forth below as
follows:
a) "Corrupt practice" means the offering, giving, receiving, or soliciting
anything of value to influence the action of officials in the Selection Process
or in contract execution; and
b) "Fraudulent practice" means a misrepresentation of facts in order to
influence the selection process or the execution of a contract in a way which
is detrimental to the Client and includes collusive practices among
consultants (prior to or after submission of proposals) designed to establish
prices at artificial, non-competitive levels and to deprive the Client of the
benefits of free and open competition.
(ii) will reject the Proposal for award if it determines that the Applicant has engaged in
corrupt or fraudulent activities in competing for the contract in question;
(iii) Will declare an Applicant ineligible, either indefinitely or for a stated period of time,
to be awarded a contract if it at any time determines that the Applicant has engaged
in corrupt or fraudulent practices in competing for and in executing the contract.
1.8 The consultant is required to follow the highest level of work ethics, if any member of the
Consultant has a Conflict of Interest or indulge in "Prohibited Practices"; the Consultant is
liable to be disqualified. Further, in the event any entity has been barred by the Central
Government, any State Government, a statutory Authority or a public sector undertaking,
as the case may be, from participating in any project or bid, and the bar subsists as on the
date of the Proposal Due Date, it would not be eligible to submit a Proposal.
1.9 Termination of Contract: Client will have the right to terminate the contract by giving 30
(thirty) days written notice. In the event of termination, the client will not be liable to pay
any compensation whatsoever to the consultants. If the contract is terminated due to the
fault of the Consultant or in case of termination of the contract by the Consultant for
reasons not attributable to the Client, the Client will forfeit the performance security of the
Consultant.
1.10 Details related to timelines and submission of deliverables at each stage/phase is given in
the TOR.
1.11 The Proposal shall be valid for a period of not less than 180 (one hundred and eighty)
days from the Proposal Due Date (the "PDD").
1.12 Brief description of the selection process: The Client has adopted a three stage process
(collectively referred to as the "Selection Process") for the evaluation of the Proposals. The
Bids shall comprise three parts namely the Pre-Qualification, Technical and Financial
Proposals to be submitted in three separate sealed envelopes. The Pre-Qualification
Proposal shall be placed separately in a sealed envelope titled "Request for Qualification
(RFQ)" along with the processing fee and bid security as prescribed in this RFQ -cum-RFP
document. The Technical Proposal, Financial Proposal shall be placed in a sealed
7
envelope titled "Request for Proposal" as prescribed in this RFQ - cum-RFP document.
The submissions for Pre-Qualification shall be evaluated first as specified in this RFQ-cum-
RFP. Subsequently the technical evaluation as specified in this RFQ-cum-RFP will be
carried out only for those Applicants who meet the Pre-Qualification criteria. Based on this
technical evaluation, a list of technically qualified Applicants shall be prepared. Financial
Proposals of only the technically qualified Applicants will be opened. Proposals will finally
be ranked according to their combined technical and financial scores as specified in this
RFQ-cum-RFP. The Applicant ranked first (the "Successful Applicant") shall be invited for
Negotiations while the Applicant ranked second will be kept in reserve.
1.13 Number of Proposals: No Applicant or its Associate shall submit more than one Application
for the Consultancy.
1.14 Visit to the Client and Verification of Information: Applicants are encouraged to submit their
respective Proposals after visiting the office of the Client or its delegates as the case may
be, and ascertaining for themselves the availability of documents and other data with the
Client, Applicable Laws and regulations or any other matter considered relevant by them.
1.15 Right to reject any or all Proposals:
(i) Notwithstanding anything contained in this RFQ-cum-RFP, the Client reserves the
right to accept or reject any Proposal and to annul the Selection Process and reject
all Proposals, at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons thereof.
(ii) Without prejudice to the generality of above, the Client reserves the right to reject
any Proposal if:
a) at any time, a material misrepresentation is made or discovered, or
b) the Applicant does not provide, within the by the Client, the supplemental
information sought by the Client for evaluation of the Proposal.
(iii) Such misrepresentation/improper response by the Applicant may lead to the
disqualification of the Applicant. If such disqualification/ rejection occurs after the
Proposals have been opened and the highest ranking Applicant gets disqualified/
rejected, then the Client reserves the right to consider the next best Applicant, or
take any other measure as may be deemed fit in the sole discretion of the Client,
including annulment of the Selection Process.
1.16 Acknowledgement by Applicant
(i) It shall be deemed that by submitting the Proposal, the Applicant has:
a) made a complete and careful examination of the RFQ-cum-RFP;
b) received all relevant information requested from the Client;
c) accepted the risk of inadequacy, error or mistake in the information provided in
8
the RFQ -cum - RFP or furnished by or on behalf of the Client;
d) Satisfied itself about all matters ,things and information, including matters herein
above, necessary and required for submitting an informed Application and
performance of all of its obligations there under;
e) acknowledged that it does not have a Conflict of Interest; and
f) agreed to be bound by the undertaking provided by it under and in term hereof.
(ii) The Client and/ or its advisors/ consultants shall not be liable for any omission,
mistake or error on the part of the Applicant in respect of any of the above or on
account of any matter or thing arising out of or concerning or relating to RFQ - cum-
RFP or the Selection Process, including any error or mistake therein or in any
information or data given by the Client and/ or its consultant.
1.17 RFQ-cum-RFP Processing Fee: The RFQ-cum-RFP submissions shall be accompanied
by a Bank Draft of INR 5,000 (Indian Rupees Five thousand only) in favour of " Pay and
Accounts Officer, NITI Aayog", payable at New Delhi, India, as a non-refundable RFQ-
cum-RFP processing fee {the " RFQ-cum-RFP Processing Fee"). Proposals not
accompanied with the aforesaid RFQ-cum-RFP Processing Fee shall be liable to be
rejected by the Client.
2.0 Clarification and Amendment of RFQ-Cum-RFP Document
2.1 Applicants may seek clarification on this RFQ- cum RFP document, within two weeks of
the date of issue of this RFQ-cum-RFP document. Any request for clarification must be
sent by standard electronic means (PDF and word file):
Director (Health)
Room No.276, NITI Aayog
Email: [email protected]
2.2 At any time before the submission of Proposals, the Client may, for any reason, whether at
its own initiative or in response to a clarification requested by a prospective Applicant,
modify the RFQ-cum-RFP documents by an amendment. All amendments/ corrigenda will
be posted only on the Client's Official Website. In order to afford the Applicants a
reasonable time for taking an amendment into account, or for any other reason, the Client
may at its discretion extend the Proposal Due Date.
2.3 The date and time of the Pre-Bid Meeting and venue is mentioned in Data Sheet.
Applicants willing to attend the pre-bid meeting should inform client beforehand in writing
and email. The maximum number of participants from an applicant, who choose to attend
the pre-bid meeting, shall not be more than two per applicant. The representatives
attending the pre-bid meeting shall carry an Authority letter duly signed by the authorised
signatory of his/her organisation.
2.4 Clarification and or Interpretation of Reports
9
After submission of the deliverables by the Consultant, to the satisfaction of the Client, if
clarifications are required or doubt arises as to the interpretation of anything included in
the reports, the Consultant shall, on receipt of written request from the Client, furnish such
clarification to the satisfaction of client within five (5) working days without any extra
charge.
3.0 Payment Schedule and Deliverables
Time schedule for important Deliverables to be submitted to the Authority and the payment
schedule linked to the specified deliverables for various Phases is given below:
Sl.
No.
Deliverables/Key Milestones Timelines
(Indicative)
Payment Terms
1 Prelim Report on independent
review and validation of KPI Data (
covering inputs received from DH
through web service(s))
Consultant is
expected to
undertake review
and validation as
and when it
receives inputs
from web service.
To undertake this
task, at least 1 visit
to each district
hospital is
mandatory. At this
stage, it is expected
that the entire
review and
validation exercise
must be completed
within 1 (one)
month after the final
input has been
received from web
service(s)
40% of the total cost
indicated in the
Financial Proposal.
To be paid after
submission and
acceptance of prelim
review and
validation reports
2 Fortnightly progress with latent
period of 30 days and update
reports highlighting the activities
undertaken, any challenges etc.
Every 15 days 10% of the total cost
indicated in the
Financial Proposal.
To be paid after
submission of final
review and
validation reports
3 Final Report of review and
validation, including that of revised
Within 2 months
after submission of
30% of the amount
to be paid after
10
KPI input data, if any. the prelim review
and validation
report
submission and
acceptance of the
final report with the
conditions that:
(i) If there is any
shortcoming in the
final report, then the
3rdinstalment would
be withheld till such
time the
observations are
addressed properly
by the consultant.
(ii) The applicant is
requested to send
the final report
incorporating all the
suggestions given
by the Authority
before final printing
of the report.
(iii) Receiving of 10
copies of Final
Report of the study
[Printed on both
sides and hard
bound (not spiral) in
an A4 size bond
paper and soft copy
of the report in a pen
drive.
4 Deputation of personnel as
detailed in Team composition
(Annexure 2.1) of the RFQ-cum-
RFP
Immediately after
acceptance of the
project by the
applicant for the
entire duration or as
desired by the
authority.
Balance amount
(20%) to be paid
after acceptance of
the final report with
the condition that:
Deputation of the
personnel as
detailed in Team
composition
(Annexure 2.1) is
immediately after the
acceptance of the
project by the
applicant and for the
11
entire duration of the
project.
Note :( 1) If reports are delayed, up to 5% of the payment linked to respective milestone (Sr. No.
1, 2 &/or 3 of para 3 above) may be deducted.
(2) If minimum number of workshops as detailed in Terms of Reference (Section 5 c.) is not
conducted, actual projected cost of the workshop(s) as indicated in the financial proposal will be
deducted for each workshop not done, except in case where the client agrees/decides to cancel
the respective workshop.
4.0 Ownership of Document and Copyright
All the deliverables and study outputs including primary data shall be compiled, classified
and submitted by the Consultant to the Client in hard copies and editable soft copies in
addition to the requirements for the reports and deliverables indicated in the Section 5:
Terms of Reference.
The study outputs shall remain the property of the Client and shall not be used for any
purpose other than that intended under Section 5: Terms of Reference without the prior
written permission of the Client.
5.0 Bid Security
5.1 A Bid Security in the form of a Bank Guarantee or Demand Draft, from a Scheduled Indian
Bank in favour of “Pay and Accounts Officer, NITI Aayog”, valid for 180 (one hundred and
eighty) days from the POD as given in the Data Sheet, payable at New Delhi, for the sum
of Rupees One Lakhs only (Rs 1,00,000) shall be required to be submitted by each
Applicant. For the purpose of clarity, Scheduled Indian Bank shall mean State Bank of
India and its Associates, Nationalised Banks, Other Public Sector Banks and Private
Sector Banks as prescribed in the Second Schedule of the RBI Act, 1934.
5.2 The Bank Guarantee or Demand Draft in original shall be placed in an envelope
and attached with the envelope containing the Technical proposal marked as
"RFQ-cum-RFP: Consultant for Independent review and validation of KPI input
data/information for District Hospital" and "Not to be opened before [22nd July
2018 and in presence of Evaluation Committee only". Bids received without the
specified Bid Security shall be summarily rejected.
5.3 The Client shall not be liable to pay any interest on bid security deposits. Bid security of
unsuccessful applicants will be returned, without any interest, as promptly as possible on
acceptance of the proposal of the successful applicant or when the selection process is
cancelled by Client.
The Successful Applicant's Bid Security shall be returned, without any interest upon, to the
Applicant signing the contract and furnishing the Performance Security in accordance with
provision of the RFQ-cum-RFP and the Contract.
12
5.4 The Client will be entitled to forfeit and appropriate the bid security as mutually agreed loss
and damage payable to Client in regard to the RFQ-cum-RFP without prejudice to Client's
any other right or remedy under the following conditions:
(i) If an Applicant engages in a corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice as envisaged under this RFQ-cum-RFP
(including the Standard Form of Contract);
(ii) Subject to the provisions of Clause 7.18, if any Applicant withdraws its Proposal
during the period of its validity as specified in this RFQ-cum-RFP and as extended
by the Applicant from time to time,
(iii) In the case of the Successful Applicant, if the Successful Applicant fails to sign the
contract or provide the Performance Security within the specified time limit, or
(iv) If the Applicant commits any breach of terms of this RFQ-cum-RFP or is found to
have made a false representation to Client.
5.5 Performance Security equivalent to the amount indicated in this RFQ-cum-RFP shall be
furnished before signing of the contract in form of a Bank Guarantee substantially in the
form specified in Annex. A.
5.6 For the successful Applicant the Performance Security shall be retained by Client until the
completion of the assignment by the Consultant and be released 180 (One Hundred
Eighty) days after the completion of the assignment.
6.0 Eligibility of Applicants
6.1 An Applicant may be a sole proprietorship firm/a partnership firm/a limited liability
partnership/ a company incorporated under the Companies Act 2013or a body corporate
incorporated under the applicable laws of its origin.
6.2 An Applicant shall not have a conflict of interest that may affect the Selection Process or
the Consultancy (the "Conflict of Interest"). Any Applicant found to have a Conflict of
Interest shall be disqualified. In the event of disqualification, the Client will forfeit and
appropriate the Bid Security as mutually agreed genuine pre-estimated compensation and
damages payable to the Client for, inter alia, the time, cost and effort of the Client including
consideration of such Applicant's Proposal, without prejudice to any other right or remedy
that may be available to the Client hereunder or otherwise.
6.3 An Applicant shall be deemed to have a Conflict of Interest affecting the Selection
Process, if:
(i) The Applicant, or Associate (or any constituent thereof) and any other Applicant, have
common controlling shareholders or other ownership interest; provided that this
disqualification shall not apply in cases where the direct or indirect shareholding or
ownership interest of an Applicant, its Member or Associate (or any shareholder thereof
having a shareholding of more than 5 percent of the paid up and subscribed share capital
of such Applicant, Member or Associate, as the case may be) in the other Applicant, or
13
Associate is less than 5 percent of the subscribed and paid up equity share capital
thereof; provided further that this disqualification shall not apply to any ownership by a
bank, insurance company, pension fund or a public financial institution referred to in
Companies Act, 2013 . For the purposes of this clause, indirect shareholding held
through one or more intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or otherwise, the
entire shareholding held by such controlled intermediary in any other person (the
"Subject Person") shall be taken into account for computing the shareholding of such
controlling person in the Subject Person; and (bb) subject always to sub-clause (aa)
above, where a person does not exercise control over an intermediary, which has
shareholding in the Subject Person, the computation of indirect shareholding of such
person in the Subject Person shall be undertaken on a proportionate basis; provided,
however, that no such shareholding shall be reckoned under this sub-clause (bb) if the
shareholding of such person in the intermediary is less than 26 percent of the subscribed
and paid up equity shareholding of such intermediary; or
(ii) a constituent of such Applicant is also a constituent of another Applicant; or
(iii) such Applicant or its Associate receives or has received any direct or indirect subsidy
or grant from any other Applicant or its Associate; or
(iv) such Applicant has the same legal representative for purposes of this Application as
any other Applicant; or
(v) such Applicant has a relationship with another Applicant, directly or through common
third parties, that puts them in a position to have access to each other’s' information
about, or to influence the Application of either or each of the other Applicant; or
(vi) there is a conflict among this and other consulting assignments of the Applicant
(including its personnel and sub-consultants) and any Affiliates. While providing
consultancy services to the Client for this particular assignment, the Consultant shall
not take up any assignment that by its nature will result in conflict with the present
assignment; or
(vii) A firm which has been engaged by the Client to provide goods or works or services
for a project, and its Affiliates/Associates, will be disqualified from providing
consulting services for the same project save and except as per provisions of this
RFQ-cum-RFP, conversely, a firm hired to provide consulting services for the
preparation or implementation of a project, and its Members or Associates, will be
disqualified from subsequently providing goods or works or services related to the
same project; or the Applicant, its Member or Associate (or any constituent thereof),
and the bidder or Concessionaire, if any, for the Project, its contractor (s) or sub-
contractor(s) (or any constituent thereof) have common controlling shareholders or
other ownership interest; provided that this disqualification shall not apply in cases
where the direct or indirect shareholding or ownership interest of an Applicant, its
Member or Associate (or any shareholder thereof having a shareholding of more
than 5 percent of the paid up and subscribed share capital of such Applicant,
Member or Associate, as the case may be,) in the bidder or Concessionaire, if any,
or its contractor(s) or sub-contractor(s) is less than 5 percent of the paid up and
14
subscribed share capital of such concessionaire or its contractors or sub-
contractor(s); provide further that this disqualification shall not apply to ownership by
a bank, insurance company, pension fund or a Public Financial Institution referred to
in the Companies Act, 2013 . For the purposes of this sub-clause (h), indirect
shareholding shall be computed in accordance with the provisions of sub-clause (a)
above.
(viii) For purposes of this RFQ- cum-RFP, “Associate” means in relation to the Applicant a
person who controls, is controlled by, or is under the common control with such
Applicant. As used in this definition, the expression "control" means, with respect to a
person which is a company or corporation, the ownership, directly or indirectly, of
more than 50 percent of the voting shares of such person, and with respect to a
person which is not a company or corporation, the power to direct the management
and policies of such person by operation of law or by contract.
6.4 An Applicant eventually appointed to provide consultancy for this Assignment/ Project, and
its Affiliates/Associates, shall be disqualified from subsequently bidding for any tender,
directly or indirectly, providing goods or works or services related to this project. Any
breach of this obligation shall be construed as Conflict of Interest for this Project as well as
the other assignment/project. provided that the restriction herein shall not apply after a
period of 2 (two) years from the completion of this Assignment or to consulting
assignments performed for the Client in continuation of this Consultancy or to any
subsequent consultancy/ advisory services performed for the Client in accordance with the
rules of the Client. For the avoidance of doubt, an entity affiliated with the Consultant shall
include a partner in the Consultant's firm or a person who holds more than 5 percent of the
subscribed and paid up share capital of the Consultant, as the case may be, and any
Associate thereof.
6.5 Any entity which has been barred by the Central Government, any State Government, a
statutory Authority or a public sector undertaking, as the case may be, from participating in
any project, and the bar subsists as on the date of the Proposal Due Date, would not be
eligible to submit a Proposal either by itself or through its Associate.
6.6 An Applicant or its Associate should have, during the last 3 (three) years, neither failed to
perform on any agreement, as evidenced by imposition of a penalty by an arbitral or
judicial Authority or a judicial pronouncement or arbitration award against the Applicant or
its Associate, nor been expelled from any project or agreement nor have had any
agreement terminated for breach by such Applicant or its Associate.
6.7 Submission of Progress Reports: The Consultant shall submit a fortnightly progress report
and detailed time sheets in prescribed formats to the Client.
7.0 Preparation of Proposal
7.1 Applicants are requested to submit their proposal in English Language and strictly in the
formats provided in this RFQ- cum- RFP. The Client will evaluate only those Proposals that
are received in the specified forms and complete in all respects. Any supporting
documents submitted by the Applicant with its proposal or subsequently, in response to
15
any query/ clarification from Client shall be in English and in case any of these documents
is in another language, then it must be accompanied by an accurate translation of all the
relevant passages in English, in which case, for all purposes of interpretation of the
proposal, the translation in English shall prevail.
7.2 While preparing their Proposal, Consultants are expected to thoroughly examine the RFQ-
cum-RFP Document. Material deficiencies in providing the information requested may
result in rejection of a Proposal.
7.3 Technical Proposal: While preparing the Technical Proposal, Applicants must give
particular attention to the following:
(i) The Key Personnel must be permanent and full time employee(s) of the firm.
(ii) The Applicant is to ensure that the time allocated for the proposed Key Personnel
does not conflict with the time allocated or proposed for any other assignment. The
Client reserves the right to request a workload projection (including time spent on
other projects/clients) for the Key Personnel.
(iii) The composition of the proposed Team and Task Assignment to individual personnel
shall be clearly stated.
(iv) No such Key Personnel shall be proposed for any position if the CV of the personnel
does not meet the requirements of the TOR.
(v) The Key Personnel shall remain available for the period as indicated in the RFQ-
cum- RFP Document.
(vi) No alternative proposal for any Key Personnel shall be made and only one CV for
each position shall be furnished.
(vii) Each CV needs to have been recently signed by the Key Personnel and
countersigned by the authorized official of the Firm. At the time of submission of bid
proposal, the scanned copies of the signature of Key Personnel will be allowed but at
the time of signing of contract, the original signature will be required. However, in
both the cases, counter signature of Authorised Signatory shall be required in
original.
(viii) A CV shall be summarily rejected if the education qualification of the Key Personnel
proposed does not match with the requirement of the RFQ-cum-RFP document.
(ix) Client certifications/Work Order/Certificate from the Statutory Auditor or Chartered
Accountant for the projects listed under the experience section.
(x) The personnel proposed should possess good working knowledge of English
Language.
(xi) No Key Personnel involved should have attained the age of 70 (seventy) years at the
time of submitting the proposal. The client reserves the right to ask for proof of age,
16
qualification and experience at any stage of the project.
(xii) The technical proposal must not include any financial information.
7.4 Failure to comply with the requirements spell out above shall lead to deduction of marks
during the evaluation. Further, in such a case, Client will be entitled to reject the Proposal.
7.5 Proposals shall be typed or written in indelible ink and signed by the Authorised
Representative of the Applicant who shall initial each page, in blue ink. In case of printed
and published documents, only the cover shall be initialled. All the alterations, omissions,
additions, or any other amendments made to the Proposal shall be initialled by the
person(s) signing the Proposal. The Proposals must be properly signed by the Authorised
Representative (the "Authorised Representative" or the “Authorised Signatory”) as detailed
below:
(i) by the partner holding the Power of Attorney in case of a partnership firm/limited
liability partnership (A certified copy of the Power of Attorney shall accompany the
Proposal)
(ii) by the proprietor in case of a proprietary firm;
(iii) by a duly authorized person holding the Power of Attorney or by a Board Resolution
in case of a Limited Company or a corporation (A certified copy of the Power of
Attorney/Board Resolution shall accompany the proposal);
7.6 Applicants should note the Proposal Due Date, as specified in Data Sheet, for submission
of Proposals. Except as specifically provided in this RFQ-cum-RFP, no supplementary
material will be entertained by the Client, and that evaluation will be carried out only on the
basis of documents received by the closing time of Proposal Due Date as specified in Data
Sheet. Applicants will ordinarily not be asked to provide additional material information or
documents subsequent to the date of submission, and unsolicited material if submitted will
be summarily rejected. For the avoidance of doubt, the Client reserves the right to seek
clarifications in case the proposal is non-responsive on any aspects.
7.7 The Pre-Qualification Proposal should provide the following documents and information
using the attached Standard Forms.
(i) Details of eligible projects as per the Standard Forms so as to meet the Minimum
Qualification Criteria prescribed in this RFQ- cum- RFP document.
7.8 The Technical Proposal should provide the following information using the attached
Standard Forms:
(i) Applicant's experience for recent assignments of similar nature, the outline should
indicate, inter alia, the profiles and names of the staff provided, duration of the
assignment, contract amount, and firm's involvement (form 3F).
(ii) The comments and suggestions provided by the Applicant on the RFQ-cum-
RFP/Contract /TOR are not binding and shall not affect the financial proposal
17
(form3G).
(iii) Detailed Approach and Methodology for undertaking the current Assignment
(form3H).
(iv) Against the list of proposed staff, details of tasks assigned to each staff as per
his/her experience shall influence the evaluation (form 3I).
(v) The CV of each key personnel including each assessor/ expert shall be provided as
per the prescribed format and shall be maximum of 4 single sided pages (2 sheets
double sided) for each Key Professional. In addition, a one page executive
summary shall be provided. In the event any averment made in the CV of a
proposed staff is incorrect, such person shall be liable to be debarred for any future
assignment of Client for a period of three (3) years. The award of the consultancy
to the Applicant may also be liable to cancellation in such an event. Each page of
the CV must be signed in original by the Authorised Representative together with
original or electronic signature of the key team member at the proposal stage.
However, at the time of contract signing, original signatures of both Authorised
Representative and the Key Personnel shall be required;(Form 3J)
(vi) Ongoing consulting assignments can be submitted with detail of progress
supported by suitable documents.
(vii) Failure to comply with or provide the above listed items in the Technical Proposal
may result in disqualification.
7.9 Financial Proposal: While preparing the financial proposal (the "Financial Proposal"),
Applicants are expected to take into account the various requirements and conditions
stipulated in this RFQ-cum-RFP document. The Financial Proposal shall be inclusive of
all the costs including all taxes (as applicable) associated with the assignment. It is
clarified that, for the purposes of evaluation, the Financial Proposal should be prepared in
INR. In submitting the Financial Proposal, the Consultant shall adhere to the following
requirements:
(i) All the costs associated with the Assignment shall be included in the Financial
Proposal. These shall normally cover remuneration for the Consultant’s personnel
proposed for this assignment and their administrative or other out-of-the pocket
expenses etc. The total amount indicated in the Financial Proposal shall be without
any condition attached or subject to any assumption, and shall be final and binding.
In case any assumption or condition is indicated in the Financial Proposal, it shall
be considered non-responsive and liable to be rejected.
(ii) The Financial Proposal shall take into account all the expenses and tax liabilities
and cost of insurance specified in the draft contract, levies and other impositions
applicable under the prevailing law on the Consultants and their staff. Further, all
payments shall be subjected to deduction of taxes at source as per Applicable
Laws.
(iii) The Financial Proposal shall be submitted in accordance with the forms and
18
templates provided under Section 4 of this RFQ -cum-RFP document.
(iv) All payments to the Consultant shall be subjected to deduction of taxes at source
as per applicable laws.
(v) In case of any discrepancy between the amount quoted in figures and words, the
amount quoted in words will be considered for evaluation purposes.
7.10 The proposal should be submitted as per the standard Financial Proposal submission
forms prescribed in this RFQ-cum-RFP.
7.11 The Financial Proposal shall include total costs for various activities as specified in the
Payment terms as well as in the forms prescribed in Section 4 of this RFQ-cum-RFP.
7.12 Consultants shall express the price of their services (including break down of their costs)
in Indian Rupees.
7.13 The Consultants may be subjected to local and other taxes (such as: social charges or
income taxes on non-resident foreign personnel, duties, fees, levies etc) on amounts
payable by the Client under the Contract. Consultants must do their due diligence about
the tax implications and Client will not be liable for any incident.
7.14 The Proposals must remain valid for a period as specified in the Data Sheet. During this
period, the Applicant is expected to keep available the Key Professional proposed for the
assignment. The Client will make its best effort to complete negotiations within this
period. If the Client wishes to extend the validity period of the Proposals, it may ask the
Consultants to extend the validity of their Proposals for a stated period. The Consultant
must identify in the Proposal, the names of the Key Professional members who may be
at risk of losing if the validity period is extended by up to 3 months. Consultants, who do
not agree with the extension of the validity period, have the right not to extend the validity
of their Proposals. The Client will return the bid security deposits of the Applicants who
do not extend the period of validity of their Proposals and wish to withdraw.
The Applicant may modify, substitute, or withdraw its Proposal after submission, provided
that written notice of the modification, substitution, or withdrawal is received by Client prior to
PDD as given in the Data Sheet. No Proposal shall be modified, substituted, or
withdrawn by the Applicant on or after the PDD. The modification, substitution, or
withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with the
provisions of this RFQ-cum-RFP, with the envelopes being additionally marked
"MODIFICATION", "SUBSTITUTION" or "WITHDRAWAL", as appropriate.
7.15 Any alteration/modification in the Proposal or additional information or material supplied
subsequent to the POD, unless the same has been expressly sought for by Client, shall
be disregarded.
7.16 The rates and amounts indicated in the Financial Proposal shall be without any condition
attached or subject to any assumption and shall be final and binding. In case any
assumption or condition is indicated in the Financial Proposal, it shall be considered non-
responsive and liable to be rejected.
19
8.0 Submission, Receipt and Opening of Proposals
8.1 The Proposal shall be prepared in indelible ink. It shall contain no inter-lineation or
overwriting, except as necessary to correct errors made by the Applicant itself. Any such
corrections must be initiated by the person or persons who sign(s) the Proposal.
8.2 The Authorised Representative of the Applicant should initial all pages of Pre-
Qualification, Technical and Financial proposal. The Authorised Representative's
authorisation should be confirmed by a written power of attorney by the competent
authority accompanying the Proposal.
8.3 The Applicant shall submit two (2) copies of Pre-Qualification Proposal (one original and
one copy), two (2) copies of Technical Proposal (one original and one copy) and one copy
of Financial Proposal. Soft copies in PDF format of both Pre-Qualification and Technical
Proposals shall also be submitted by the Applicant in a pen drive. The Pre-Qualification,
Technical and Financial Proposals must necessarily be 'Hard Bound' separately and all
pages serially numbered. 'Hard Bound' implies such binding between two covers through
stitching, whereby it will not be possible to replace any paper without disturbing the
document. In case of any discrepancy between the original and the copy (including soft
copy) of the technical proposal, the contents as per original will only be considered.
8.4 The Pre-Qualification Proposal with Processing Fee, Bid security shall be placed in a
sealed envelope clearly marked "RFQ-cum-RFP: Consultant for Independent
review/validation of KPI input data/information for District Hospitals" The Technical
Proposal placed in a sealed envelope clearly marked "TECHNICAL PROPOSAL-
Consultant for Independent review and validation of KPI input data/information" and the
Financial Proposal in a sealed envelope clearly marked "FINANCIAL PROPOSAL -
Consultant for Independent review/validation of KPI input data/information for District
Hospital" shall be placed in a sealed envelope clearly marked "RFQ-cum-RFP: Consultant
for Independent review and validation of KPI input data/information". These two (2) sealed
envelopes i.e. RFQ and RFP shall be placed into an outer sealed envelope bearing the
submission address, Name of Assignment and marked "DO NOT OPEN EXCEPT IN
PRESENCE OF THE EVALUATION COMMITTEE."
20
8.5 Proposal Submissions:
Envelope Content Forms
Outer
Envelope
Request for Qualification (RFQ) and Request
for Proposal (RFP)
NA
RFQ
Envelope
Processing Fee (Separately sealed envelope)
and Pre-Qualification Proposal (Separately
sealed envelope) Bid Security (Separately
sealed envelope)
Form: 3A, 3B, 3C, 3D
RFP
Envelope
Technical Proposal (Separately sealed
envelope) and Financial proposal (Separately
sealed envelope)
Form: 3E, 3F, 3G, 3H, 3I,
3J
Form: 4A, 4B, 4C
8.6 Submission Address:
Director (Health)
Room No.276, NITI Aayog
E-mail: [email protected]
The information on the outer envelope should also include name of the Assignment.
8.7 The completed Proposal must be delivered at the submission address on or before
Proposal Due Date (PDD) given in the Data Sheet before 3:00 PM (IST). No Proposal
shall be accepted after the closing time of Proposals.
8.8 After the deadline for submission of proposals the Pre-Qualification Proposal shall be
opened by the Evaluation Committee to evaluate whether the Applicants meet the
prescribed Minimum Qualification Criteria. The RFP Envelope containing the Technical
and Financial Proposals shall remain sealed.
8.9 After the Proposal submission until the contract is awarded, if any Consultant wishes to
contact the Client on any matter related to its proposal, it should do so in writing at the
Proposal submission address. Any effort by the firm to influence the Client during the
Proposal evaluation, Proposal comparison or contract award decisions may result in the
rejection of the consultant's proposal.
9.0 Proposal Evaluation
9.1 As part of the evaluation, the Pre-Qualification Proposal submission shall be checked to
evaluate whether the Applicant meets the prescribed Minimum Qualification Criteria.
Subsequently the Technical Proposal submission, for Applicants who meet the Minimum
Qualification Criteria ("Shortlisted Applicant (s)"), shall be checked for responsiveness in
accordance with the requirements of the RFQ-cum-RFP and only those Technical
21
Proposals which are found to be responsive would be further evaluated in accordance with
the criteria set out in this RFQ-cum-RFP document.
9.2 Prior to evaluation of Proposals, the Client will determine whether each Proposal is
responsive to the requirements of the RFQ-cum-RFP at each evaluation stage as
indicated below. The Client may, in its sole discretion, reject any Proposal that is not
responsive hereunder. A Proposal will be considered responsive at each stage only if:
RFQ Stage
(i) The Pre-Qualification Proposal is received in the form specified in this RFQ - cum-
RFP;
(ii) it is received by the Proposal Due Date including any extension thereof in terms
hereof;
(iii) it is accompanied by the Processing Fee as specified in this RFQ -cum-RFP;
(iv) it is signed, sealed, bound together in hard cover and marked as stipulated in this
RFQ- cum-RFP.
(vi) it is accompanied by the Bid Security as specified in this RFQ -cum- RFP.
(vii) it does not contain any condition or qualification; and
(viii) it is not non-responsive in terms hereof.
RFP Stage
Technical Proposal
(i) the Technical Proposal is received in the form specified in this RFQ-cum-RFP;
(ii) it is received by the Proposal Due Date including any extension thereof in terms
hereof;
(iii) it is signed, sealed, bound together in hard cover and marked as stipulated in this
RFQ- cum-RFP;
(iv) it does not contain any condition or qualification; and
(v) it is not non-responsive in terms hereof.
Financial Proposal
(i) The Financial Proposal is received in the form specified in this RFQ-cum-RFP
22
(ii) it is signed, sealed, bound together in hard cover and marked as stipulated in this
RFQ- cum-RFP;
(iii) it does not contain any condition or qualification; and
(iv) it is not non-responsive in terms hereof.
(v) The Client reserves the right to reject any Proposal which is non-responsive and no
request for alteration, modification, substitution or withdrawal will be entertained by
the Client in respect of such Proposals. However, Client reserves the right to seek
clarifications or additional information from the applicant during the evaluation
process. The Client will subsequently examine and evaluate Proposals in
accordance with the Selection Process detailed out below.
9.3 As part of the evaluation, the Pre-Qualification Proposals submitted should fulfil the
Minimum Qualification Criteria. In case an Applicant does not fulfil the Minimum
Qualification Criteria, the Technical Proposal of such an Applicant will not be opened and
evaluated further. In such cases, the Bid Security will be returned after completion of
evaluation of Pre-Qualification.
9.4 Minimum Qualification Criteria
SN Minimum Qualification Criteria Minimum
number
of
projects
a For more than 7 (seven) years*, the lead company should have
directly provided healthcare accreditation, validation or analysis
of data or reports/studies related to Key Performance Indicators
(KPI’s)/ output indicators/performance parameters.
15
b Average annual revenue from core services for last 3 financial
years i.e. 2014-15, 2015-16 and 2016-17; however, this may be
waived off for government agency.
INR 7
Crore
*The Start date of the assignment should be within last 7 years from the Proposal Due
Date (PDD)
9.5 Technical Evaluation
9.5.1 To facilitate evaluation of Proposals, Client may, at its sole discretion, seek
clarifications from any Applicant regarding its Proposal. Such clarification(s) shall be
provided within the time specified by Client for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing. If an
Applicant does not provide clarifications sought by Client within the specified time, its
Proposal may be liable to be rejected. In case the Proposal is not rejected, Client may
proceed to evaluate the Proposal by construing the particulars requiring clarification to
the best of its understanding, and the Applicant shall be barred from subsequently
questioning such interpretation by Client.
23
9.5.2 Client reserves the right to verify all statements, information and documents, submitted
by the Applicant in response to this RFQ-cum-RFP. Any such verification or absence of
verification by Client shall not in any manner whatsoever relieve the Applicant of its
obligations or liabilities hereunder nor will it affect any rights of Client.
9.5.3 In case it is found during the evaluation or at any time before signing of the Contract or
after its execution and during the period of subsistence thereof, that any eligibility
conditions have not been met by the Applicant or if the Applicant has made material
misrepresentation or has given any materially incorrect or false information, the
Applicant shall be disqualified forthwith if not yet selected as the Consultant (either by
issuance of the LOA or entering into of the Contract), and if the Successful Applicant
has already been issued the LOA or has entered into the Contract, as the case may be,
the same shall, notwithstanding anything to the contrary contained therein or in this
RFQ-cum-RFP, be liable to be terminated, by a communication in writing by Client
without Client being liable in any manner whatsoever to the Successful Applicant or
Consultant, as the case may be. In such an event, Client shall, without prejudice to any
other right or remedy that may be available to Client, forfeit and appropriate the
Performance Security as mutually agreed pre-estimated compensation and damages
payable to Client for, inter alia, time, cost and effort of Client; provided that in the event
the Performance Security has not been provided, Client have the right to forfeit the Bid
Security and the Applicant or Consultant, as the case may be, shall be liable for the
difference.
9.5.4 Technical Evaluation Criteria: The evaluation committee ("Evaluation Committee")
appointed by the Client will carry out the technical evaluation of Proposals on the basis
of the following evaluation criteria and points system. Evaluators of Technical Proposals
shall have no access to the Financial Proposals until technical evaluation, is concluded
Each evaluated Proposal will be given a technical score (St) as detailed below. The
maximum points/ marks to be given under each of the evaluation criteria are:
SN Criteria Marks
A Experience in large-scale government transformation projects
Over the last 7 (seven) years, the Applicant should have provided
healthcare accreditation or assistance on similar scope of work
involving accreditation, validation or analysis of data or
reports/studies related to KPI’s/ output indicators / performance
parameters for State/ central government, government agency or
multilateral agencies. Such studies should have been undertaken
within healthcare. Marking scheme would be as below:
a) 25 projects and above- 20 marks
b) =/>15and
24
The consultant should demonstrate its understanding of the
assignment through a brief approach and methodology as per the
format provided under Form 3Hwithrespect to the tasks as given in
the TOR.
Prepare and submit report templates (prelim, final and fortnightly)
Presentation to the evaluation committee on Consultant’s proposed
Approach and Methodology and previous experience of
undertaking similar assignment.
15
5
10
B Sub-Total 30
C1 Qualification and competence of the core team for the Assignment. 50
C Sub-Total 50
Total Marks (A+B+C) 100
*For the purpose of evaluation, eligible assignments shall mean experience of undertaking
assignments similar to the scope of services as provided under the TOR for this Assignment
and under Sl No.A above.
The minimum technical score required to qualify technical evaluation is 60 Points out of 100. A
proposal will be considered unsuitable and will be rejected at this stage if it does not respond to
important aspects of RFQ – cum - RFP Document and the Terms of Reference or if it fails to
achieve the minimum technical score. The Client will notify Applicants who fail to score the
minimum technical score about the same and return their Financial Proposals unopened after
completing the selection process.
9.5.5 The Client will notify the Applicants who secure the minimum qualifying technical score,
indicating the date and time set for opening the Financial Proposals. The notification may
be sent by registered letter, facsimile, or electronic mail.
9.5.6 The Financial Proposals will be opened publicly in the presence of representatives of
such Applicants as notified above who choose to attend. The name of the Applicants,
their technical scores and the proposed prices will be read aloud and recorded when the
Financial Proposals are opened.
9.5.7 Prior to evaluation of the Financial Proposals, the Evaluation Committee will determine
whether the Financial Proposals are complete in all respects, unqualified and
unconditional, and submitted in accordance with the terms hereof.
The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost
of services and should be stated in INR only. Omissions, if any, in costing of any item shall not
entitle the Applicant to be compensated and the liability to fulfil its obligations as per the Section
5: Terms of Reference within the total quoted price shall be that of the Applicant. The lowest
Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The financial scores
(Sf) of the other Financial Proposals will be determined using the following formula:
Sf = 100 x Fm/F;
25
In which Sf is the financial score, Fm is the lowest Financial Proposal, and F is the Financial
Proposal (in INR) under consideration.
Proposals will be finally be ranked in accordance with their combined technical (St) and financial
(Sf) scores:
S = St x Tw + Sf x Fw;
Where S is the combined score, and Tw and Fw are weights assigned to Technical Proposal
and Financial Proposal that will be 0.70:0.30.
The Applicant achieving the highest combined technical and financial score will be considered to
be the successful Applicant and will be invited for contract signing (the―Successful Applicant).
10.0 Negotiations
10.1 The Selected Applicant may, if necessary be invited for negotiations. The negotiations
shall normally not be for reducing the price of the Proposal, but will be for re-confirming
the obligations of the Consultant under this RFQ- cum – RFP. Issues such a deployment
of Key Personnel, understanding of the Scope of Work, methodology and quality of the
work plan shall be discussed during the negotiations. In case, the Selected Applicant fails
to reconfirm its commitment, the Client reserve the right to designate the next ranked
Applicant as the Selected Applicant and invite it for negotiations.
10.2 The financial negotiations may include a clarification of the Firm’s tax liability in the
Client’s country (if any), and how it should be reflected in the Contract. Unless there are
exceptional reasons, the financial negotiations will involve neither the remuneration rates
for staff (no breakdown of fees) nor other proposed unit rates. During the term of contract
some staff turnover in the core team is normal. The Consultant will fill a vacancy with
equally qualified and experienced staff immediately. In cases when a critical vacancy
cannot be filled immediately, due to conditions beyond the consultants control, the
consultant will be allowed to fill the critical vacancy for temporary periods up to 3 months
but only with Authority approval and assessment that the replacement personnel is of
equivalent qualifications. The remuneration payable for such replacements shall not be
an acceptable ground for any deviation to the terms of this contract for the remaining
period. For example, the Client will not consider any staff turnover as the basis for any
project delays – the Consultant is expected to meet every deliverable due dates, and the
project completion milestones as approved by the Client.
11.0 Award of Contract
11.1 After selection, a Letter of Award (the ―LOA) will be issued, in duplicate, by the Client
to the Successful Applicant and the Successful Applicant shall, within 7 (seven) days of
the receipt of the LOA, sign and return the duplicate copy of the LOA in
acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the
Successful Applicant is not received by the stipulated date, the Client may, unless it
consents to extension of time for submission thereof, appropriate the Bid Security of
such Applicant as mutually agreed genuine pre-estimated loss and damage suffered by
the Client on account of failure of the Successful Applicant to acknowledge the LOA,
26
and the next highest ranking Applicant may be considered.
11.2 Performance Security: Performance Security equivalent to 5 (five) percent of the total
cost of Financial Proposal shall be furnished from a Nationalized/Scheduled Bank,
before signing of the contract, in form of a Bank Guarantee substantially in the form
specified at Annexure A of the contract. For the successful bidder the Performance
Security will be retained by Client until the completion of the assignment by the
Consultant and be released 180 (One Hundred Eighty) Days after the completion of the
assignment.
11.3 Execution of contract: After acknowledgement of the LOA and furnishing of Performance
Security as aforesaid by the Successful Applicant, it shall execute the Agreement within 2
weeks from the date of issue of LOA. The Successful Applicant shall not be entitled to
seek any deviation in the Agreement.
11.4 Commencement of Assignment: The Successful Applicant/ Consultant is expected to
commence the Assignment on the date of Commencement of Services as prescribed in
the General Conditions of Contract. If the Successful Applicant fails to either sign the
Agreement or commence the assignment as specified herein, the Client may invite the
second ranked Applicant for contract signing. In such an event, the Bid Security/
Performance Security, as the case may be, of the first ranked Applicant shall be liable to
be forfeited by the Client.
12.0 Confidentiality
Information relating to evaluation of proposals and recommendations concerning awards
of contract shall not be disclosed to the consultants who submitted the proposals or to
other persons not officially concerned with the process, until the winning firm has been
notified that it has been awarded the contract.
13.0 Fraud and Corrupt Practices
13.1 The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Selection Process. Notwithstanding
anything to the contrary contained in this RFQ – cum - RFP, the Client will reject a
Proposal without being liable in any manner whatsoever to the Applicant, if it determines
that the Applicant has, directly or indirectly or through an agent, engaged in corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice
(collectively the ―Prohibited Practices) in the Selection Process. In such an event, the
Client will, without prejudice to its any other rights or remedies, forfeit and appropriate the
Bid Security, as mutually agreed genuine pre-estimated compensation and damages
payable to the Client for, inter alia, time, cost and effort of the Client, in regard to the
RFQ–cum-RFP, including consideration and evaluation of such Applicant’s Proposal.
13.2 Without prejudice to the rights of the Client under this Clause, hereinabove and the rights
and remedies which the Client may have under the LOA or the Agreement, if an
Applicant or Consultant, as the case may be, is found by the Client to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice during the
27
Selection Process, or after the issue of the LOA or the execution of the Agreement, such
Applicant or Consultant shall not be eligible to participate in any tender or RFQ – cum -
RFP issued by the Client during a period of 2 (two) years from the date such Applicant or
Consultant, as the case may be, is found by the Client to have directly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as the case may be.
13.3 For the purposes of this Clause, the following terms shall have the meaning hereinafter
respectively assigned to them:
(i) corrupt practice means (i) the offering, giving, receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of any person connected with the Selection
Process (for avoidance of doubt, offering of employment to or employing or engaging in
any manner whatsoever, directly or indirectly, any official of the Client who is or has been
associated in any manner, directly or indirectly with the Selection Process or the LOA or
has dealt with matters concerning the Agreement or arising there from, before or after the
execution thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the Client, shall be
deemed to constitute influencing the actions of a person connected with the Selection
Process; or (ii) save as provided herein, engaging in any manner whatsoever, whether
during the Selection Process or after the issue of the LOA or after the execution of the
Agreement, as the case may be, any person in respect of any matter relating to the
Project or the LOA or the Agreement, who at any time has been or is a legal, financial or
technical consultant/ adviser of the Client in relation to any matter concerning the Project;
(ii) ―fraudulent practice means a misrepresentation or omission of facts or disclosure of
incomplete facts, in order to influence the Selection Process;
(iii) ―coercive practice means impairing or harming or threatening to impair or harm, directly
or indirectly, any persons or property to influence any person’s participation or action in
the Selection Process;
(iv) ―undesirable practice means (i) establishing contact with any person connected with or
employed or engaged by the Client with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Selection Process; or (ii) having a
Conflict of Interest; and
(v) ―restrictive practice means (i) forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or (ii) manipulating a full
and fair competition in the Selection Process.
14.0 Pre-Bid Meeting
Pre-Bid Meeting of the Applicants will be convened on the date and time mentioned in the data
sheet. A maximum of two representatives of each Applicant will be allowed to participate on
production of an authorization letter from the Applicant.
During the course of Pre-Bid Meeting, the Applicants will be free to seek clarifications and make
suggestions for consideration of the Client. The Client will endeavour to provide clarifications
28
and such further information as it may, in its sole discretion, consider appropriate for facilitating a
fair, transparent and competitive selection process.
15.0 Miscellaneous
The Selection Process shall be governed by, and construed in accordance with, the laws of
India and the Courts at New Delhi shall have exclusive jurisdiction over all disputes arising
under, pursuant to and/or in connection with the Selection Process.
The Client, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to:
(i) suspend and/or cancel the Selection Process and/or amend and/or supplement the Selection
Process or modify the dates or other terms and conditions relating thereto;
(ii) consult with any Applicant in order to receive clarification or further information;
(iii) retain any information and/or evidence submitted to the Client by, on behalf of and/or in
relation to any Applicant; and/or
(iv) Independently verify, disqualify, reject and/or accept any and all submissions or other
information and/or evidence submitted by or on behalf of any Applicant.
It shall be deemed that by submitting the Proposal, the Applicant agrees and releases the Client,
its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising
from the exercise of any rights and/or performance of any obligations hereunder, pursuant
hereto and/or in connection herewith and waives any and all rights and/ or claims it may have in
this respect, whether actual or contingent, whether present or future.
All documents and other information provided by Client or submitted by an Applicant to Client
shall remain or become the property of Client. Applicants and the Consultant, as the case may
be, are to treat all information as strictly confidential. Client will not return any Proposal or any
information related thereto. All information collected, analysed, processed or in whatever
manner provided by the Consultant to Client in relation to the consultancy shall be the property
of Client.
The Client reserves the right to make inquiries with any of the clients listed by the Applicants
in their previous experience record.
29
Data Sheet
Information to Consultants
1. Client would mean: “NITI Aayog (Authority)”
The method of selection is Combined Quality cum Cost Based Selection (CQCCBS)
The weights given to technical and financial proposals are:
Technical = 0.7
Financial = 0.3
2. Objective and description of the assignment:
The key objective of this Project is to undertake an independent review and validation of
input data provided by the States/Union Territories (UTs) through HMIS/ web services on
the KPI’s for District Hospital.
The detailed descriptions of services are mentioned in the Section 5: Terms of Reference.
3. Clarification must be requested on or before 11 AM on 2nd July 2018. The address for
requesting clarification is:
Director (Health)
Room No. 276, NITI Aayog
The proposal of the consultant should be valid for 180 days from the last date of
submission.
Duration of assignment: Shall be 6monthsas specified in the Section 5: Terms of
Reference.
4. The last date of submission of proposal is: 22th July before 03.00 PM (IST)
The address for submission of proposal is:
Director (Health)
Room No. 276, NITI Aayog
5. The consultant to state the costs in Indian Rupees (INR) only. Consultants must submit:
a. Prequalification document: Two copies (one original + one copy) and one soft copy (PDF
Format).
b. Technical proposal: Two copies (one original +one copy) and one soft copy (PDF Format).
c. Financial proposal: One original in hard copy.
30
Schedule for selection process
The Client will endeavour to follow the following schedule:
S. No. Schedule Dates and Time
1 Date of issue of RFQ cum RFP 5th June 2018
2 Last date for receiving queries/requests for clarifications 15th June 2018
3 Pre Bid Meeting (at 11.00.00 AM) at NITI Aayog 25th June 2018
4 Client’s response to queries/requests for clarifications 02th July 2018
5 The closing date and time for receipt of Bid Proposal
(Proposal Due Date, PDD)
22th July 2018
3:00PM
6 The Date and Time for opening of Pre-Qualification Envelope
- Proposal Opening Date (POD)
22th July 2018
3:30PM
7
The Date and Time for opening of Technical Proposal
22nd July 2018
4:00 PM
8 The Date for opening of Financial Proposal 25th July 2018
31
Annexure 2.1
Team Composition
The expectations on the resources that would be proposed for the project are as follows:
The Key Personnel/Core Team should have staff as detailed in this annex. For the
purposes of evaluation, Key Personnel/Core Team members who are not employed with
the Applicant (i.e. who are representatives of the other firm/individuals) will not be
considered.
The consultant should have a team of at least 200 healthcare quality assessors to
qualify.
The consultant shall ensure that the appropriate team shall be deployed on an exclusive
basis in order to ensure the required coordination with Authority and to complete the
activities or tasks assigned.
Without the consent of client, no changes shall be made in the resources deployed on the
project.
If, for any reason beyond the reasonable control of the Consultant, such as necessary to
replace any of the Key Personnel, the Consultant shall be allowed to provide as a
replacement a person with equivalent or better qualifications, after approval from the client.
In case of replacement of resource(s) or deployment of additional manpower, if any, the
decision of Authority shall be final and binding.
Consultant shall have no claim for additional costs arising out of or incidental to any
removal and / or replacement of Personnel.
The Central team will support the State team in the validation task, and if required, make
visits to the States at the cost borne by the consultant.
Consultant shall ensure that services of the Core Team (except the Project Director/Team
Leader) are provided full time for the contractual period. The Authority will not bear any other
costs, incidental or otherwise, apart from the costs mentioned in the Financial Proposal
submitted under Form 4B.The Consultant shall deploy professionals in the Core Team as per
details given below:
Minimum Required Experience and Expertise of proposed Core Team
Key Personnel/Core Team
(Central Team)
S. No. Proposed Team
Member(s)
Desired Profile & Experience Estimated
Man-months
1 Project Director/ Medical Degree, preferably post-graduate
in any clinical subjects
4 man-months
(spread over
32
Team Leader Minimum 20 years of professional
experience in Healthcare
Minimum 10 years of professional
experience in accreditation/quality
management
Demonstrated Experience of leading
advisory assignments involving independent
review, healthcare accreditation, validation
or analysis of data or reports/studies related
to KPI’s/ output indicators / performance
parameters/ Ease of Doing Business /
Sectoral Diagnostics etc.
the project
duration)
2 Project Manager (2
in number)
Medical Degree,
Or
Master Degree or postgraduate diploma in
Healthcare management/Business
Administration from a reputed and
recognized University or Institution
Minimum 5 years of professional
experience in accreditation/quality
management
Demonstrated Experience of leading
healthcare accreditation, validation or
analysis of data or reports
6 man-months
(full time
involvement)
3 Experts/Assessors Clinician: Minimum MBBS with 10 years of
experience of which 5 years should
be in a hospital. Higher
qualification will be preferable.
Administra
tor:
PG in Management or Hospital
Administration with minimum of 10
years of experience of which 5
years being in the hospital
administration. Higher qualification
will be preferable.
Nursing: Minimum B. Sc. / M. Sc. Nursing
with 10 years of experience or
diploma in General Nursing &
Midwifery with 15 years of
experience. In both the cases,
minimum of 5 years’ experience
should be in supervisory capacity
As required
33
in a hospital. Higher qualification
will be preferable.
The client reserves the right to ask for the details regarding the proof of age,
qualification and association of the key personnel with the firm. Age limit for key
professionals mentioned above to be deployed on project should not be more than 70
years on the date of bid submission.
Consultants, who are executing ongoing mandates from Client, must propose a
separate team of key staff while bidding for this project.
Qualification and Competence of Core Team
The total number of marks allocated for qualification and competence of the proposed core
team is 50 marks, distributed as detailed below:
S.No. Key Personnel Number of Marks
1 Project Director/ Team Leader 15
2 Project Manager 10
3 Experts/Assessors 25
TOTAL 50
Evaluation Criteria for the Key Personnel
A. Overall Impression (Education qualification, number of years of
consulting experience etc.)
30%
B. Adequacy for the Assignment 70%
B1. Experience related to advisory assignments involving independent
review and validation and analysis of data or reports or studies related to
healthcare KPI’s/ output indicators / performance parameters/ Ease of
Doing Business / Sectoral Diagnostics etc. using a combination of primary
and secondary research and other research methodologies.
35%
B2. Experience of consultancy assignments that involve primary and
secondary research, surveys, data collection, healthcare accreditation ,
validation and analysis for State/ Central Government agency or a Multi-
lateral institution in India
35%
Note: Detailed evaluation criteria will be prepared by the Evaluation Committee for evaluation
of the Qualification and Competence of the key personnel for the Assignment.
34
Section 3: Prequalification and Technical Proposal –Standard Forms
The Technical Proposal shall comprise an Executive Summary plus the relevant forms as
instructed under the terms of this RFQ-cum-RFP document.
Executive Summary: This section shall be limited to 4single sided pages (2 sheets double
sided printing, excluding cover and back page if stand-alone document), minimum 11 font size,
A4 paper size, inclusive of graphics. This section should present an overall summary of the key
elements of the Technical Proposal including specific experience of the Applicant, technical
approach & methodology, work plan and organization/staffing and qualification, experience of
the consulting team.
Form 3A: Pre-Qualification Proposal Submission Form
Form 3B Format for Pre-Qualification Proposal (Eligible Projects)
Form 3C Format for Pre-Qualification Proposal (Average Annual Turnover of Applicant)
Form 3D: Format of Bank Guarantee for Bid Security
Form 3E: Technical Proposal Submission Form
Form 3F: Applicants Experience
Form 3G: Comments and Suggestions on the Terms of Reference and on Counterpart
Staff and Facilities to be provided by the Client
Form 3H: Description of Approach, Methodology and Work Plan for Performing the
As